Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:70Z02819Q897ABBW0
This is a combined synopsis/solicitation for commercial items prepared in accordance with the Simplified Acquisition Procedures, as supplemented with additional information included in this notice. Th...
This is a combined synopsis/solicitation for commercial items prepared in accordance with the Simplified Acquisition Procedures, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Instructions to offerors (Tailored for quotes under FAR part 13), evaluation criteria, and all applicable FAR Provisions and Clauses are attached. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-01. This acquisition is set-aside 100% for SMALL BUSINESS. Where Federal Acquisition Regulation clause language is inconsistent with FAR 13.004, Legal Effect of Quotations, that language is hereby tailored in accordance with FAR 12.302 to be consistent with a request for quotations. This tailoring includes, but is not limited to the following: In accordance with FAR 13.004, a quotation is not an offer, and any clause provision to the contrary is hereby modified to be consistent with FAR 13.004. Where the word "offer/offeror" or a derivative of that word appears, it is changed to "quote/quoter" or a derivative of that word. The associated NAICS code is 238990 and the small business size standard is $15 million. USCG Base Miami Beach Contracting Office has a requirement to purchase for US Coast Guard Air Station Clearwater: Inspection and Repair of Vehicle and Air Craft Gates located at the Forward Operating Base, Great Inagua, located at Matthew Town Great Inagua, (GI), Bahamas. Contractor must be certified to perform work on Tymetal Cantilever fate and TYM Varispeed Gate operator systems. Contractor will be responsible for providing all tools, parts, and labor for gate repairs. Contractor will be responsible for providing transportation, passports, and working visas if required for their personnel. Transportation for tools and parts will be provided by the US Coast Guard in agreeance with the statement of work. Selection for award will be made using best value. Best value evaluation will include:, 1) Past performance to include Contractors past performance in installing and repairing security gates for 3 years; 2) Technical Evaluation including the Contractors certifications from Tymetal to install on work on Tymetal PLUSS systems and ability to provide the repairs to the specified equipment and within the time frames listed in the statement of work, within a total of 120 days; 3) Cost to the Government FAR 52.237-1 -- Site Visit (Apr 1984). Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. The following FAR Clauses and Provisions apply to this acquisition and are incorporated by reference: FAR 52.212-1 - Instructions to Offerors - Commercial Items (Oct 2018) FAR 52.212-2 - Evaluation - Commercial Items (Oct 2014) Award will be made to the Offeror proposing the Best Value to the Government considering specification, price, past performance and quality. FAR 52.212-3 - Offeror Representations and Certifications - Commercial Items (Oct 2018) to include Alt I (Oct 2014). Offeror is to complete the annual representations and certification electronically via the System for Award Management (SAM) Web site accessed through http://www.sam.gov . FAR 52.212-4 - Contract Terms and Conditions -Commercial Items (Oct 2018) with the following addenda's. FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Jan 2019) FAR 52.252-2 - Clauses Incorporated by Reference (Feb 1998), the full text of the clause may be accessed electronically at Internet address http://farsite.hill.af.mil/vffara.htm; A Data Universal Numbering System (DUNS) Number is the primary identifier in FAR 52.204-7 - System for Award Management (Oct 2018). Contractors are located and identified in SAM by their DUNS number. To facilitate payment via Electronic Funds Transfer - SAM, contractors should be registered in SAM. A DUNS number can be obtained via www.dnb.com and SAM registration can be obtained via www.sam.gov. Project shall be completed 120 calendar days after receipt of award. Award shall be made approximately 10 days after closing date. FOB Destination Delivery is to: USCG Air Station Clearwater FOB Great Inagua 15100 Rescue Way Clearwater, FL 33762 All quotes are due at USCG Base Miami Beach by the Close of Business 07 June 2019. Submit electronic quotes to the following e-mail address, by the offer due date and time. Paper or mailed quotes will not be accepted or may not arrive on time due to security and holding times of mail: SKC Thomas Ikner Thomas.t.ikner@uscg.mil Any and all questions regarding this solicitation shall be submitted in writing to the Contract Specialist at thomas.t.ikner@uscg.mil no later than June 07 2019, 3:00PM Eastern Time or the question may not be answered.